SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Consultant - East Block Rehabilitation

Solicitation number EP747-141835/A

Publication date

Closing date and time 2014/03/20 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Receipt of proposals is hereby postponed from "Monday March 17,
    2014" to "Thursday March 20, 2014 at 2:00 pm".
    
    INTRODUCTION
    Public Works and Government Services Canada (PWGSC) intends to
    retain an individual consulting firm or joint venture to provide
    the professional services for the project as set out in this
    Request for Proposal (RFP).
    
    All interested Proponents are invited to an optional site visit
    on Wednesday February 26th, 2014, at 10:00 am at the Governor
    Generals entrance of the East Block building, Parliament Hill,
    Ottawa, Ontario. Interested proponents must provide name(s) and
    date(s) of birth of those attending to the Contracting Authority
    NO LATER THAN Thursday February 24th at 12:00 pm. Valid photo ID
    will be required.
    
    This is a single phase selection process.  The nature of the
    services required and strict time frames to implement this
    project do not allow sufficient time to conduct the usual two
    phase selection process.  
    
    Proponents responding to this RFP are requested to submit a full
    and complete proposal.  The proposal will cover not only the
    qualifications, experience and organization of the proposed
    Consultant Team, but also the detailed approach to the work, and
    the pricing and terms offered.  A combination of the technical
    and price of services submissions will constitute the proposal.
    
    The Consultant contract will be comprised of a base contract for
    Consultant services up to completion of contract documents for
    construction Sub-phase One, with three Optional Services
    components associated with construction administration services
    for three consecutive Construction Sub-Phases, as well as
    construction documents for construction Sub-phases Two and
    Three. This contract structure aligns with anticipated Treasury
    Board funding approvals required before proceeding with the
    contract options.
    
    The Consultant shall review all of the related documentation,
    carry out investigations and analysis,  prepare the design,
    prepare construction tender documents, provide contract
    administration during construction including resident site
    services, cost, scheduling and project control, commissioning
    and risk management services required for this project. A
    Construction Manager as Advisor (CMA) will be engaged separately
    by PWGSC to provide construction advisory services for the
    project.    
    
    PROJECT OVERVIEW 
    The rehabilitation of the East Block is part of a master plan
    laid out in the Long Term Vision and Plan (LTVP). The LTVP is a
    comprehensive 25 year plan and program of work to rehabilitate
    the Parliament buildings, provide additional parliamentary
    accommodations and create a secure and welcoming environment for
    parliamentarians, staff, visitors and tourists. 
    
    The East Block rehabilitation will be implemented in two major
    phases of construction. 
    
    The first phase, with construction beginning in fiscal year
    2016/2017 and running through to 2022, is primarily an envelope
    rehabilitation project with minor associated interior works, and
    will focus on the rehabilitation and seismic upgrade of the
    exterior building envelope of the 1867 Wing. During this first
    phase, the building will be partially occupied. The exterior
    work will proceed under three construction sub-phases. The
    building occupants affected by each sub-phase will be relocated
    to swing space within the building. Under separate mandates by
    others, minor interior upgrades will be undertaken to permit the
    business of the Senate to continue in the building until the
    building is fully vacated for the second phase.  
    
    The second phase will focus on the remaining exterior work (1910
    Wing), completing the seismic reinforcement program for the
    entire building and replacing the interior base building systems
    with a fit-up of the spaces. Given the impact of the interior
    interventions, this phase requires a vacant building and will
    follow the future completion of the Centre Block when the East
    Block can be completely vacated.   
    The mandate of the Consultant as defined in this base contract
    includes only the first phase.  
    The scope of work in connection with this first phase includes:
    copper roof replacement, ironwork conservation, flat roofing
    system  replacement, masonry rehabilitation including foundation
    rehabilitation and site work, excavation and landscaping,
    seismic upgrade design for the entire building (interior and
    exterior of both the 1867 and 1910 Wings), implementation of
    seismic upgrade and minor security related upgrades of walls
    related to the 1867 Wing envelope only, window repair or
    replacement, restoration of stained glass and leaded windows,
    iron work, exterior doors repair, and annual building screening
    inspection of the building envelope for the duration of the
    project. The Consultant will also be responsible for some of the
    minor interior works.
    For more information on the rehabilitation of the East Block,
    please
    visit:http://www.tpsgc-pwgsc.gc.ca/collineduparlement-parliamenth
    ill/batir-building/est-east/dfcest-eastblck-eng.html
    
    SECURITY REQUIREMENT:
    SRE Section 3.1.6 "Security Requirement" has been revised and
    details security requirements for both bid closing and contract
    award.  In addition to section 3.1.6, the following conditions
    must be met:
    
    (a)	the Proponent must hold a valid organization security
    clearance as indicated in Supplementary Conditions SC1;
    
    (b)	the Proponent's proposed individuals requiring access to
    classified or protected information, assets or sensitive work
    site(s) must meet the security requirement as indicated in
    Supplementary Conditions SC1;
    
    (c)	the Proponent must provide the name of all individuals who
    will require access to classified or protected information,
    assets or sensitive work sites.
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lohnes, Melissa
    Phone
    (819) 956-6097 ( )
    Fax
    (819) 956-3160
    Address
    11 Laurier St./11 Rue Laurier
    3C2, Place du Portage
    Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: